LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

Similar documents
LAS ANIMAS COUNTY Invitation for Bid No. 18-R005 HOT MIX ASPHALT

Both envelopes must have the following information in the lower left hand corner:

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

Finance & Technology Administrator (815) ext 223

DEAN + TYLER + BURNS ARCHITECTURE

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

NOTICE TO BIDDERS FOR

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

INVITATION TO BID CITY OF HOPKINSVILLE

ADVERTISEMENT TO BID PARTIAL

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

FENCING AND FENCE REPAIR

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

Bidding Conditions Attachment C

Main Building Auditorium

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

Invitation for Bid - Standard Office Furniture / Task Chair

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

SECTION BID FORM

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Purchasing and Procurement Policy

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

PUBLIC CONTRACT CODE SECTION

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Request for Proposal Internet Access Columbus Urban League

BITUMINOUS MIXTURE # 13A BID SHEET

REQUEST FOR WRITTEN BIDS

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

CITY OF HOPKINSVILLE

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

NOTICE TO BIDDERS MARKETPLACE DESIGN/BUILD PLAY STRUCTURE

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

CITY OF MARSHALL, MINNESOTA

SECTION BID FORM. Garfield Street Drainage Improvements

TOWN OF CHAPIN, S.C. Utilities Department

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

RFQ Drainage Ditching and Culvert Replacement

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

BID Addenda No. Date Issued Addenda No. Date Issued

INSTRUCTIONS TO BIDDERS

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

REQUEST FOR PROPOSAL

CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

Gadsden City Schools

LEVEL I PREQUALIFICATION DOCUMENTS

REQUEST FOR BIDS FOR REPAIRS SOUTH FEATHER WATER AND POWER AGENCY S MINERS RANCH CONDUIT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

INVITATION TO BID CITY OF HOPKINSVILLE

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

Notice to Bidders Page 1 of 6

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

2. Clarification: The building address is 801 Henderson Street.

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

JUDD STREET LIFT STATION DEWATERING CONTRACT

UAF Combined Heat & Power Replacement (CPHR)

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

PROPOSAL AND BID FORM (Submit in triplicate)

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

BIDDERS HANDOUT Please provide to all bidders who inquire about the City of Granite Shoals Quarry Parks Projects

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

NOTICE INVITING BIDS

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

TRENCHLESS CULVERT REHAB-2017

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

October 25, 2018 RFP # REQUEST FOR PROPOSAL

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Transcription:

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS ADA Director 200 East 1 st Street Room 106 Trinidad, Colorado 81082 (719)859-2620 (719)845-2562 (719)845-2566 (719)845-2598 fax 18-F003 concr slab Page 1 of 11

Las Animas County IFB No. 18-F003 BID SOLICITATION, OFFER & AWARD ARTICLE I - PROPOSAL 1.1 Procuring Agency and Contracting Entity Procuring Agency: Address: Las Animas County Las Animas County Human Resources 200 East 1 st Street, Room 106 Trinidad, Colorado 81082 lasanimascounty@yahoo.com www.lasanimascounty.net Phone: (719)859-2620 (719)845-2562 (719)845-2566 1.2 Scope Las Animas County is seeking sealed bids from qualified contractors to construct a concrete slab inside of the County s Events Center located within the County s Fairground s complex. It s size shall be 40 x 45 x 6 deep. The slab s north elevation will be equal to the elevation of an existing concrete slab that will be adjacent to the north edge of this newly constructed slab. This elevation will be maintained throughout the entire slab. The Successful Bidder will excavate areas where needed. Bid award shall be predicated on the offer of the lowest, responsible TOTAL SUBMITTED BID PRICE within the limits of County funds available and to best serve the County s interests. 1.3 Solicitation Schedule Sealed Bids will be accepted in the office of the Las Animas County s Administration Office Room 110 (Court House 1 st floor eastern wing), 200 East 1 st Street, Trinidad, Colorado 81082 up to the hour of 10:00 am., Wednesday February 27, 2019. Submitted Bids will be evaluated and presented to the Board of County Commissioners for award or rejection at their regularly scheduled meeting of 9 am., Tuesday March 5, 2019. 1.4 Bid Preparation Bidders must utilize the Bid Proposal, Offer & Award form (included with this solicitation package) and complete it in its entirety when submitting its bid to the County. Bids must be enclosed in a sealed envelope with the name and address of the offering vendor and IFB No. 18-F003 clearly printed and visible on the outside. Any deviances from the requirements established in this solicitation may be cause for bid rejection. 1.5 Bid Withdrawal Any submitted bid, acknowledged and held by the County, cannot be withdrawn after the established bid opening. However, prior to bid opening, a submitted bid can be modified by the Bidder through written correspondence (notifying the County of the wish to make changes to the original bid submission) accompanied by a new sealed bid prepared and submitted in accordance with these solicitation requirements. 18-F003 concr slab Page 2 of 9

1.6 Bid Opening The County will publicly open bids received at the location, date and time established within this solicitation. All bid information will be made available to the public and competing Bidders. 1.7 Qualification for Award Bid award will be predicated on the lowest, responsible TOTAL SUBMITTED BID PRICE that will accomplish the work. The County reserves the right to conduct a pre-award survey of any one, each or all Bidders. 1.8 Bid Rejection The Board of County Commissioners reserves the right to waive any minor informality or irregularity in bids received which, in the Board s opinion, do not affect the general intent of the bid nor prejudice other Bidders. In addition, the Board can reject, for good and compelling reasons, any and all bids received. Conditional bids, or those which take exception to bid specifications detailed herein, may be rejected. 1.9 Award Procedure The determination of the successful bid rests solely with the Board of County Commissioners and bid award will be made in an open, public meeting on the date hereinabove established. Bid approval will be recorded in official meeting minutes. The Successful Bidder shall consider the date of approval as the official onset date (typically notice to proceed) of the Completion Deadline also established within this solicitation. 1.10 Bid Award to Constitute a Contractual Agreement Between Parties By and through bid submission, Successful Bidder affirms that it understands and agrees that the Board of Commissioner s execution of the Bid Proposal, Offer and Award constitutes a contractual agreement between the Successful Bidder and Las Animas County and thereby binds the Successful Bidder to all the performance requirements established within this solicitation. 1.11 Changes in Work The County may at any time, as the need arises, order changes in the quantity of materials desired without invalidating the agreement. If such changes increase or decrease the amount due or in the time required for the delivery of materials, the Successful Bidder shall deliver the same material at the unit price or a prorated TOTAL SUBMITTED BID PRICE indicated in the bid. Changes may occur to a maximum of twenty-five (25%) of the awarded price. After exceeding twenty-five percent (25%) the applicable unit price or TOTAL SUBMITTED BID PRICE may be negotiated and an equitable adjustment shall be authorized by a change order. 1.12 Familiarization with Work to be Performed/Delivery Sites Before the submission of a bid, each prospective bidder shall familiarize himself/herself with the scope of work including all local, state and federal laws, ordinances, rules, regulations and any other factors affecting work performance. Each bidder shall correlate his/her calculations with the requirements of this solicitation and otherwise satisfy himself/herself with the requirements of the work scope. The submission of a bid shall constitute an offer by the bidder in which he/she has complied with each and every requirement of this solicitation. Each prospective bidder shall satisfy himself/herself with the nature, location, character, quality and quantity of surface and subsurface materials, water, structures and utilities to be encountered; as well as the character of construction equipment and facilities needed to complete the project. A site visit can be arranged by contacting Ken Bowman at 719-859-2620. No site visits will take place until after February 8 th, 2019. 1.13 Fees The Successful Bidder shall be responsible for all costs of any applicable licenses and/or permits that may be required by any governmental entity, including inspections, required by such public authorities. 1.14 Award Procedure 18-F003 concr slab Page 3 of 9

Upon its determination of the lowest responsible TOTAL SUBMITTED BID PRICE, the Las Animas County Board of County Commissioners shall sign the Bid Proposal, Offer & Award form submitted by the Successful Bidder. ARTICLE II - SPECIFICATIONS 2.1 Standards Colorado Department of Transportation s Standard Specifications for Road and Bridge Construction with Supplementals, latest edition Colorado Standard Plans, Division of Highways M&S Standards, State of Colorado, latest edition US Department of Transportation Manual of Uniform Traffic Control Devices, latest edition American Association of State Highways and Transportation Officials Specifications (AASHTO), latest edition American Society for Testing and Materials (ASTM), latest edition 2.2 Material Specifications The concrete shall be a Class B concrete. A concrete mix formula(s) shall be supplied to the County from a County approved testing laboratory for materials proposed to be used on this project in accordance with the included special provisions and all other applicable standards/specifications as listed in this solicitation. This concrete mix formula(s) will be supplied to the County five (5) working days prior to any placement of any concrete. Failure to meet specifications shall not be cause for claim or extension of contract. The Bidder shall be held liable for all costs incurred in the procuring and testing of materials for this job mix formula. 2.3 Material Testing The County reserves the right to perform testing on any and/or all phases of the project including but not limited to the concrete. Successful Bidder will pay for all failed tests and the Firm doing the testing s costs for any failed tests. 2.4 Discrepancies Between Solicitation Requirements and CDOT Standards If discrepancies are discovered between the solicitation requirements and other standards, solicitation requirements shall prevail. 2.5 Quantities Material quantities are not listed within this solicitation. Bidders shall complete the quantity, unit price and extended price for each item within the Bid Schedule and the TOTAL SUBMITTED BID PRICE. Payment shall be based on the TOTAL SUBMITTED BID PRICE. ARTICLE III - TERMS OF AGREEMENT 3.1 General By submitting a bid, Successful Bidder understands that approval and Las Animas County Commissioners' signature upon the "Bid Proposal, Offer & Award" form creates a contractual agreement between the County and the Successful Bidder. Successful Bidder agrees to regard the terms and conditions set forth in this solicitation as contractual terms and conditions. 3.2 Work Hours/Completion Deadline Work activities shall be performed between the hours of 6:30 a.m. and 5:30 p.m. Monday through Friday. No work will be performed after hours, on weekends or holidays except in the event the County deems this time frame not as efficient as other alternatives, at which the County may consider other alternatives. The Successful Bidder must complete the work no later than 3 PM, April 17 2019. 18-F003 concr slab Page 4 of 9

3.3 Payment Extended totals are for the purpose of determining the lowest, TOTAL SUBMITTED BID PRICE. Payment shall be made for the TOTAL SUBMITTED BID PRICE. Successful Bidder will provide a copy of the concrete batch tickets to the County. If additional water is added to the concrete after the batch ticket is created, the amount of water added will be noted on the batch ticket. A deduction shall be made from the payment due the Successful Bidder for all failed tests and penalties. A 5% retainage fee shall be held by the County until all notices and other required announcements/notifications/payments/penalties etc. have been fulfilled. 3.4 Late Completion Penalty For each and every calendar day work remains incomplete and for which a time extension has not been authorized by the County, the Successful Bidder shall be subject to a late completion penalty of three hundred dollars ($300.00) per day for each day that the slab remains incomplete. ARTICLE 4 BIDDER RESPONSIBILITIES/INSURANCE/BONDS REQUIREMENTS 4.1 Insurance Successful Bidder shall, at its sole cost and expense, maintain the following insurance coverage in the limits required by this solicitation throughout the performance of this agreement: A. Commercial General Liability insurance with personal injury and property damage limits at a combined limit of no less than $600,000.00 per occurrence and $1,000,000.00 general aggregate. B. Worker s Compensation insurance for the Bidders and all employees or subcontractors of the Bidders working under the Contract. If the company is a sole proprietorship, the owner may submit a waiver of any and all claims against the County and State should any personal injury or damage to public property occur. PROOF OF COVERAGE MUST BE SUBMITTED WITH BID FORM 4.2 Bonds Successful Bidder shall, at its sole cost and expense, furnish the following bonds within 7 days of the Board s acceptance date of the bid. No work shall be performed until the bonds have been received and reviewed by the County. In the event that the compensation to be paid Bidder, as set forth in the Bid Schedule section hereof, exceeds $50,000, the Bidder shall deliver properly executed and issued payment and performance bonds meeting the requirements of C.R.S. 38-26-105 and C.R.S. 38-26-106 in the penal sum equaling the full amount of the compensation to be paid pursuant to the Payment section. 4.3 Safety and Accident Prevention The Successful Bidder shall take all reasonable precautions during the performance of work to protect from all hazards to life and property and shall comply with all health, safety and fire protection regulations and requirements. Construction Notes: Dimensions of the slab are 40 x 45 x 6 deep. The 40 edges shall be the north and south edges of the slab. The 45 edges shall be the east and west edges of the slab. The north edge of the slab shall butt up against the side of the building s north stem wall for app ½ the new slab s length and match the existing concrete slab (that will lie north of the new slab) for app ½ the new slab s length. The slab s west edge will butt up against the side of the building s west stem wall (encompassing fence rail s poles). 18-F003 concr slab Page 5 of 9

Reinforcement throughout shall be 6 x 6 W2.9, 6ga steel welded wire mesh. Laps shall be 6 minimum. Reinforcement shall be placed/secured 2 above bottom of slab/dirt, app 4 below top of slab. Disturbed soils will be moistened and compacted as per CDOT standards. The shall be a 2 radius at sw corner of slab, instead of square/90 corner. The concrete shall be finished to a slick/smooth surface. Bidder will notify County via phone call (Ken Bowman 719-859-2620) a minimum 24 hours prior to placing/pouring any concrete so the County can perform an inspection. THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY 18-F003 concr slab Page 6 of 9

LAS ANIMAS COUNTY IFB No. 18-F003 BID PROPOSAL, OFFER & AWARD The undersigned Successful Bidder, having examined and being fully aware of the requirements of IFB No. 18-F003, hereby proposes to construct a low water crossing as specified in the Bid specifications at the cost indicated below: BID SCHEDULE BASE BID CONCRETE SLAB Bid Item Description Unit Bidder s Estimated Quantity 203 Excavation of dirt CU. YD. Unit Price $ $ Extended Total 601 Concrete: Class B 40 x 45 x 6 depth 602 800 Reinforcing steel: 6 x 6 W2.9, 6ga 6 lap Misc. work not associated with the items listed above: please note below CU. YD Lump Sum Lump Sum $ $ $ $ $ $ 800-Describe misc work: Company Name 18-F003 concr slab Page 7 of 9

LAS ANIMAS COUNTY IFB No. 18-F003 18-F003 CONCRETE SLAB CONSTRUCTED IN LAS ANIMAS COUNTY S EVENTS CENTER TOTAL SUBMITTED BID PRICE $ OFFEROR: Company Name Street Address City, State, Zip Telephone Number Authorized Signature Authorized Printed Name The Las Animas County Board of County Commissioners hereby accepts the Offer indicated above effective as of the date below. Luis A. Lopez II, Commissioner Date Felix M. Lopez, Commissioner Tony C. Hass, Commissioner 18-F003 concr slab Page 8 of 9

18-F003 concr slab Page 9 of 9